FCDO Telephony Continuity of Service Support & Maintenance

Award

Value

£9,331,778

Suppliers

Classifications

  • Telecommunications-infrastructure maintenance services

Tags

  • award

Submission Deadline

1 year ago

Published

8 months ago

Description

Support and Maintenance of the existing global telephony estate within the FCDO.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

ITT for the Procurement of Mechanical & Electrical Works, Goods and Services, and Fire, Safety and Security Works, Goods and Services.

ITT for the Procurement of Mechanical & Electrical Works Goods and Services, and Fire, Safety and Security Works Goods and Services. Unique Identifier: DBCMEFSS0001 Contracting Authority: DACORUM BOROUGH COUNCIL of The Forum, Marlowes, Hemel Hempstead, Hertfordshire HP1 1DN (the “Client”) Contract for Goods/Services or Works: Works, Goods and Services Contract Subject-Matter: This Lot will include, but is not limited to, the Goods and Services identified below, it will include associated services such as new supply connections, general plumbing, pipework, and all other maintenance, replacement, and installation activities directly related to the Goods and Services. 1. Air Conditioning installation, replacement, servicing and maintenance including statutory inspections in relation to EPBD compliance (CIBSE TM44 guidance). 2. Booster Pump Installation 3. Booster Pump Servicing 4. Broadband Installation (Landlord areas) 5. Digital IRS Installation 6. Digital IRS Servicing 7. Disabled Adaptation Installation (M&E – such as audio/visual aids) 8. Disabled Adaptation Servicing (M&E) 9. Commercial Rewire (inc. high voltage) 10. Domestic Rewire 11. EICR (BLOCK) 12. EICR (COMMERCIAL) 13. EICR (DWELLING) 14. Electric Vehicle Charging Installation 15. Electric Vehicle Charging Servicing 16. Fire & Smoke Detection Installation (Domestic Dwellings) 17. Lightning Conductor Installation 18. Lightning Conductor Servicing 19. Portable Appliance (PAT) Testing 20. Rising & Lateral Mains Upgrade (Blocks/Buildings) Fire, Safety and Security This Lot will include, but is not limited to, the below Goods and Services including passive and active fire safety works. The Contracting Authority reserves the right to amend the contents of this Lot. This lot excludes Fire Risk Assessments: 1. Alarm Monitoring Services 2. Automatic Opening Vent Installation 3. Automatic Opening Vent Servicing 4. Automatic Barriers Installation 5. Automatic Barriers Servicing 6. Automatic Doors Installation 7. Automatic Doors Servicing 8. Door Entry Installation (Commercial) 9. Door Entry Installation (Domestic) 10. Door Entry Servicing 11. Dry Riser Servicing 12. Emergency Lighting Installation (Domestic & Commercial) 13. Emergency Lighting Servicing (Domestic & Commercial) 14. Fire Alarm Installation (Domestic & Commercial) 15. Fire Alarm Servicing (Domestic & Commercial) 16. Fall Arrest System Servicing and Remedials 17. Fire Alarm Installation (Communal) 18. Fire Alarm Servicing/Testing 19. Fire Equipment Installation 20. Fire Equipment Servicing/Testing 21. Personal Protection Water Misting System Installation 22. Personal Protection Water Misting System Servicing 23. Sprinkler Installation 24. Sprinkler Servicing 25. Suppression Systems Installation 26. Suppression Systems Servicing 27. Warden Call System Installation 28. Warden Call System Servicing/Testing 29. Wet Riser Servicing Conditions of Participation of the Tender Process, (To be confirmed):

Katy Reed

Published 3 weeks ago
Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 3 months ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete